Tender for Smart Card Equipment and Services
RSP is currently working with TOCs to provide a ‘smart ticketing’ infrastructure at stations in the South East of England. The SEFT programme has identified a requirement for ITSO compliant platform validator (PVAL) equipment and associated services within SEFT rail stations.
United Kingdom-London: Smart cards
2013/S 217-378307
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
Rail Settlement Plan Limited
2nd Floor, 200 Aldersgate Street
For the attention of: Mark Edwards
EC1A 4HD London
UNITED KINGDOM
Telephone: +44 2034404107
E-mail: seft.tenders@atoc.org
Further information can be obtained from: Rail Settlement Plan Limited
2nd Floor, 200 Aldersgate Street
For the attention of: Mark Edwards
EC1A 4HD London
UNITED KINGDOM
Telephone: +44 2034404107
E-mail: seft.tenders@atoc.org
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: Rail Settlement Plan Limited
2nd Floor , 200 Aldersgate
For the attention of: Mark Edwards
EC1A 4HD London
UNITED KINGDOM
Telephone: +44 2034404107
E-mail: seft.tenders@atoc.org
Tenders or requests to participate must be sent to: Rail Settlement Plan Limited
2nd Floor, 200 Aldersgate Street
For the attention of: Mark Edwards
EC1A 4HD London
UNITED KINGDOM
Telephone: +44 2034404107
E-mail: seft.tenders@atoc.org
Section II: Object of the contract
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Initially in the South East of England rail network with scope to extend nationally in the UK and to other public transport service providers.
NUTS code UK
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT
Range: between 2 000 000 and 10 000 000 GBP
RSP is currently working with TOCs to provide a ‘smart ticketing’ infrastructure at stations in the South East of England. The SEFT programme has identified a requirement for ITSO compliant platform validator (PVAL) equipment and associated services within SEFT rail stations.
PVALs will be required in two forms – free standing and wall mounted, with hardwired power supply and ethernet connectivity. There will also be an optional requirement for wireless and mobile communication solutions.
The requirement includes the provision of equipment, hardware and software design, development, testing, and installation services. Maintenance and ongoing service support will also be required.
PVALs will conform to the ISO/IEC 14443 standard to allow reading of ITSO and contactless payment cards (CPCs). They must also support the installation of an ITSO Security Application Module (ISAM), and be capable of interfacing with an ITSO Host or Operator Processing System (HOPS). PVALs shall operate within an ITSO infrastructure as defined by the ITSO 2.1.4 specification, ITSO on National Rail (NR) specification RSPS 3002, and allow the collection and validation of ITSO products.
SEFT’s vision is to allow customers to use contactless payment cards (CPCs) for transit within, and potentially beyond, the SEFT area. This functionality will be delivered to ensure PVALs are EMV (Visa, MasterCard and American Express) enabled to read approved CPCs.
An integral part of the PVAL enablement is the requirement for EMV Level 1 and Level 2 certification with support for EMV card schemes, namely:
Level 1 – covering hardware, and including electro-mechanical aspects of the card/reader interface; and
Level 2 – covering software components associated with the interface between the card and reader only, including the scheme specific software kernels.
Adequate PCI DSS measures will be required within the PVAL unit to ensure the security of the cardholder data is not compromised.
Subject to the terms of the framework agreement, the goods/services to be provided under the framework may be provided directly to RSP, other public transport service providers and/or TOCS (from time to time and including any other entities akin to or replacing TOCs).
30162000, 30233300, 60210000
Description of these options: RSP shall have the right to a 1 year extension dependent on market conditions and contract performance.
Section III: Legal, economic, financial and technical information
Description of particular conditions: ITSO Compliant Platform Validator (PVAL) Equipment and Associated Services must comply with ITSO 2.1.4 or above and RSPS3002 as amended, as a minimum
Proof of Concept testing may be carried out prior to Tenderer selection being finalised
Section IV: Procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
Periodic indicative notice
Notice number in the OJEU: 2012/S 170-281721 of 5.9.2012
Section VI: Complementary information
Any party wishing to express an interest in the provision of RSP’s requirements shall be required to complete and forward to RSP by the deadline set out in this notice a Prequalification Questionnaire (PQQ). A PQQ may be obtained upon request by email at seft.tenders@atoc.org
Responses shall be submitted electronically in either MS Word or PDF format and forwarded to the email address provided in the PQQ and Tender Documentation.
Details of the full requirements and a draft contract will be made available in the Invitation to Negotiate (ITN) document which will be provided to shortlisted respondents.
Whilst it is intended that a maximum of four of the highest scoring submissions will be invited to participate in the ITN advertised, RSP reserves the right to alter the number of invitees.
(MT Ref:110100)
VI.5)Date of dispatch of this notice:6.11.2013